Caterpillar NISO for OEM parts & service

Solicitation number F7044-230751/A

Publication date

Closing date and time 2024/03/13 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Toromont Industries Ltd.
    268 Orenda Road
    Brampton Ontario
    Canada
    L6T1E9
    Nature of Requirements: 
    
    1. Advance Contract Award Notice (ACAN)
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Definition of the requirement
    
    The Department of Fisheries and Oceans, Canadian Coast Guard (CCG) has a requirement for the Procurement of Original Equipment Manufacturer (OEM) certified Parts and Service on a when and as needed basis to maintain Caterpillar equipment and in extend its wholly owned subsidiaries, fitted to CCG Vessels into the following Atlantic and Central Regions locations: Province of Manitoba; Province of Ontario; Province of Quebec; Province of Nova Scotia; Province of New Brunswick; Province of Prince Edward Island; and the Province of Newfoundland and Labrador.
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its parts and service meets the following requirements:
    
    The Canadian Coast Guard requires ongoing parts and service for Caterpillar equipment (engines and generators) and in extend its wholly owned subsidiaries, fitted to CCG vessels in the Atlantic and Central Regions locations: Province of Manitoba; Province of Ontario; Province of Quebec; Province of Nova Scotia; Province of New Brunswick; Province of Prince Edward Island; and the Province of Newfoundland and Labrador. To be considered, Offerors must meet all of the following capabilities:
    
    a. The Offeror must have direct access to Caterpillar certified technicians;
    b. The Offeror must be able to provide Caterpillar OEM parts;
    c. The Offeror must have access to Caterpillar technical bulletins and intellectual property of Caterpillar equipment fitted to CCG vessels; and,
    d. The Offeror must have direct access to Caterpillar warranty procedures.
     
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement:
    Canadian Free Trade Agreement (CFTA)
    
    5. Set-aside under the Procurement Strategy for Indigenous Business (PSIB).
    
    Not applicable.
    
    6. Comprehensive Land Claims Agreement(s)
    
    Not applicable.
    
    7. Justification for the Pre-Identified Supplier
    
    Canada believes that Toromont Canada Ltd. is the only entity that is capable of meeting the Statement of Capabilities for the Standing Offer. Toromont Canada Ltd. is the OEM provider of parts and service of Caterpillar Marine Systems in the Atlantic and Central Regions, and has licence to Caterpillar IP rights. Engines fitted to CCG vessels must meet the emission regulation requirements which requires the ongoing use of OEM certified parts and service.
    
    8. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work:
    a. Vendor has ownership of, and rights to use, the intellectual property for the goods and services required; and,
    b. Regulatory considerations in the form of emission regulations, which require OEM parts and service on regulated equipment.
    
    9. Exclusions and/or Limited Tendering Reasons:
    
    Canadian Free Trade Agreement (CFTA) - Article 513, Limited Tendering sections (b)(iii), (v), and (vi).
    - (iii) due to an absence of competition for technical reasons; 
    - (v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative; and
    - (vi) work is to be performed on property by a contractor according to provisions of a warranty or guarantee held in respect of the property or the original work;
    
    The procurement under the Federal Supply Classification (FSC) 20, Ship and Marine Equipment by the Canadian Coast Guard is not subject to international trade agreements as per the following:
    
    a. World Trade Organization - Agreement on Government Procurement (WTO-AGP) Canada Goods Annex 4, 2nd paragraph "with respect to procurement by Canadian Coast Guard, ...this Agreement covers only the goods described in the Federal Supply Classifications (FSC) listed below" and Canada Services Annex 5, Note 3 e "all services, with reference to those goods purchased by Canadian Coast Guard".
    
    b. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Canada Annex 19-4 - Goods, 2nd paragraph and Canada Annex 19-5 - Services, (Notes to Canada's Annex 19-5) Note 1 a.
    
    c. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Annex 15-A, Schedule of Canada, Section D, Goods, 2nd paragraph and Section E, Services, Note 1 (d).
    
    d. As per the Supply Manual section 1.25.16, Bilateral Free Trade Agreements, the same exclusions listed above apply.
    
    Note: Trade agreements make no reference to ACANs, but if the trade agreement covered procurement is being directed to a supplier, there is a requirement to indicate the exclusion(s) or the limited tendering reason(s) invoked.
    
    10. Ownership of Intellectual Property:
    
    Not applicable
    
    11. Period of the proposed Standing Offer
    
    The proposed Standing Offer is for a initial period of one year, from date of Standing Offer Award and includes options to extend the Standing Offer of three one-year periods.
    
    12. Cost estimate of the proposed Standing Offer 
    
    The estimated value of the Standing Offer, including option(s), is $16,000,000.00 Tax included.
    
    13. Name and address of the pre-identified supplier:
    
    Toromont Industries Ltd.
    Address:
    268 Orenda Road
    Brampton, ON
    L6T1E9 
    Canada
    
    
    14. Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods and services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    15. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is March 13, 2024 at 2:00 p.m. (eastern daylight saving time)
    
    16. Inquiries and submission of statements of capabilities
    
    Name: Daniel Durocher
    Title: Supply Specialist
    Public Works and Government Services Canada
    Defence and Marine Procurement Branch
    Refit Logistics and Small Vessel Construction Directorate
    
    Address:
    11 rue Laurier
    Place du Portage III, 6A2
    Gatineau, QC
    K1A 0S5
    
    Telephone: 873-455-3877
    E-mail address: daniel.durocher@tpsgc-pwgsc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Durocher, Daniel
    Phone
    (873) 455-3877 ( )
    Email
    daniel.durocher@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage III, 8B3
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: